SOLICITATION NOTICE
65 -- Notice of Intent to Sole Source
- Notice Date
- 7/27/2015
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6609815RC00029
- Archive Date
- 8/26/2015
- Point of Contact
- Kasey L. Carroll, Phone: 3016198895, Kathryn Skowronski, Phone: 3016193023
- E-Mail Address
-
kasey.l.carroll.civ@mail.mil, kathryn.skowronski@med.navy.mil
(kasey.l.carroll.civ@mail.mil, kathryn.skowronski@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with is GSL Solutions, Inc., 2414 SE 125th Avenue Vancouver, WA 98683 as the only responsible source that can provide the IntelliSys Will Call Management Enterprise Plus Operating System. Only GSL Solutions, Inc. can provide an automatic medication dispensing system that includes Radio Frequency Identification (RFID) and Barcode technology. The automatic medication dispensing system produced by GSL Solutions, Inc. is the only realtime tracking system that uses RFID and Barcode technology. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts and proprietary software. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112 with a small business size standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Kasey Carroll at Kasey.l.carroll.civ@mail.mil. Statements are due not later than 3:00 PM on 11 Aug 2015. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6609815RC00029/listing.html)
- Record
- SN03811521-W 20150729/150727235142-de08ca2ed6dc3e87041c60b9e959357d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |